SOURCES SOUGHT
B -- Energy, Environmental and Sustainability Technical Assistance
- Notice Date
- 10/17/2011
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Transportation, Office of the Secretary of Tranportation (OST) Procurement Operations, OST Acquisition Services Division, 1200 New Jersey Ave, Washington, District of Columbia, 20590
- ZIP Code
- 20590
- Solicitation Number
- DOT-ExecutiveOrder13514
- Archive Date
- 11/16/2011
- Point of Contact
- Pamala D. Millbrook-Young, Phone: 2023668049, Brandon O. Lorthridge, Phone: 2023666338
- E-Mail Address
-
pamala.millbrook.ctr@dot.gov, brandon.lorthridge@dot.gov
(pamala.millbrook.ctr@dot.gov, brandon.lorthridge@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- Energy, Environmental and Sustainability Technical Assistance 1.0 DESCRIPTION: THIS IS A SOURCES SOUGHT NOTICE FOR THE PURPOSE OF CONDUCTING MARKET RESEARCH. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. The United States Department of Transportation, Office of the Secretary of Transportation, Acquisition Services Division is conducting market research to determine the extent of sources capable of performing the potential tasks stated below. 2.0 BACKGROUND: Under Executive Order 13514, the Department of Transportation is required, but not limited to: increasing energy efficiency; measuring, reporting and reducing greenhouse gas emissions; conserving and protecting water resources; eliminating waste, recycling, and preventing pollution; acquiring environmentally preferable materials, products, and services; designing, constructing, maintaining, and operating high performance sustainable buildings; and strengthening the vitality and livability of the communities. The Department of Transportation, Office of the Secretary, Administrative Policy Office (APO) requires technical assistance in addressing these energy, water, building, fleet, acquisition and greenhouse gas requirements. As such, the Department is conducting market research on firms which meet one or more of the set-aside categories in the Small Business Act (15 U.S.C. 631, et seq.) who also provide energy, environmental, and sustainability services. The NAICS Code for this potential acquisition is 541620 and the small business size standard is $7.0M. 3.0 POTENTIAL TASKS: The Department is seeking specialized experience to provide programmatic support, technical guidance, regulatory review, and subject matter expertise in one or more of the following energy, environmental and sustainability areas: • Policy development - review, analyze, and support in the development of policy, guidance, and/or awareness materials concerning energy, water use efficiency, high performance sustainable buildings, fleet management, green procurement, climate change adaptation and greenhouse gases as it relates to the operation and maintenance of DOT facilities and programs. • Environmental management systems - provide comprehensive technical support in the development and implementation of ISO 14001 environmental management systems including the process of audit evaluations and self-declaration throughout all levels of the organization. • Comprehensive Greenhouse Gas Inventory - support DOT staff in constructing the annual Department-wide greenhouse gas inventory report and related documents, including data collection, validation, and analysis for scope 1, 2, and 3 emissions based on guidance for all Federal Agencies. • Data collection systems and analysis - provide technical support in the collection, analysis, and validation of water consumption, solid waste and recycling data at DOT facilities nationwide including setting up data collection systems, conducting analysis, and preparing reports. 4.0 SUBMISSION INSTRUCTIONS: Firms interested in providing energy, environmental and sustainability assistance to the Department are encouraged to supply additional information on their qualifications and the types of services provided on one or more of the above topics. Interested concerns should have the expertise and resources to support all aspects of one or more of the above energy, environmental and sustainability areas. Additionally, firms should have prior experience supporting other Federal Agencies in meeting the requirements of EO 13514 and should provide recent examples and/or references, as well as summary information on industry-standard certifications carried by personnel assigned to those referenced projects. In order for the Acquisition Services Division to properly gauge the capability of firms, interested concerns must provide: (1) Capability statement (limited to five (5) pages in length, single-spaced, 12 point font (Minimum) demonstrating the ability to perform duties as cited above. This Statement should specifically describe the firm's ability to provide adequate staffing and staffing experience. (2) Relevant Experience (limited to three (3) pages)-within the last three years, including Contract number, indication of whether a prime or subcontractor, contract value, Government / Agency point of contact and current telephone number, and a brief description of how the Contract reference is relevant. This request for information is strictly limited to firms that meet one or more of the following categories: Competitive 8(a), Emerging Small Business, HUBZone, Historically Black College or University (HBCU) / Minority Institution (MI), Small Business, Service-Disabled Veteran-Owned Small Business, Total HBCU / MI, Total Small Business, Veteran-Owned Small Business, or Women-Owned Small Business. Teaming of firms is acceptable and encouraged, however the primary business lead (Prime) must meet one or more of the set-aside categories in the Small Business Act (15 U.S.C. 631, et seq.). Businesses are advised that FAR 52.219-14 - Limitations on Subcontracting would apply, wherein at least 50% of the work must be performed by the small business prime contractor. Interested concerns, in the categories listed above, are also encouraged to submit under a separate cover any comments/questions regarding the Sources Sought notice. All sources capable of providing these services are encouraged to respond to this Sources Sought notice via e-mail by submitting their responses to Pamala Millbrook-Young at Pamala.millbrook@dot.gov by November 1, 2011 1:00 pm Eastern Time. Responses shall be submitted in PDF or MS Word format and reference Energy, Environmental and Sustainability Technical Assistance Sources Sought in the subject of the e-mail. Do not include or attach brochures in addition to the response. 5.0 INFORMATION AVAILABILITY: This notice is for information and planning purposes only, and is a market research tool to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and possible issuance of a Request for Proposal. The notice does not constitute a solicitation for bids, quotations, and proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract, nor does this notice restrict the Government to a particular acquisition approach. The Government is not obligated to and will not pay for any information received from potential sources as a result of response to this Sources Sought notice. The Government will not pay for any materials provided in response to this notice and submittals will not be returned to the sender. Submissions must be disclosable to the public or the submitter shall provide a summary statement that can be disclosed to the public with fuller supporting information that is clearly marked as restricted. The Government will use customary means to safeguard proprietary information, but only when such information is (1) clearly marked as proprietary; (2) is, in fact, information that could not have been obtained from another party or source; and (3) is otherwise deserving of such treatment under standards and processes described in the Freedom of Information Act (FOIA) and Executive Order 12600.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/TASC/TASCASD/DOT-ExecutiveOrder13514/listing.html)
- Place of Performance
- Address: 1200 New Jersey Ave SE, Washington, District of Columbia, 20590, United States
- Zip Code: 20590
- Zip Code: 20590
- Record
- SN02608168-W 20111019/111017234021-cc65b3a81118dfa3b8ecfc258dfd195d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |